58--TILE,RUBBER
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVSUP Weapon Systems Support is issuing a Request for Quotations (RFQ) for TILE, RUBBER (NSN 1H-5840-015015599). The Government intends to solicit and negotiate with only one source under FAR 6.302-1, but invites all responsible sources to identify their interest and capability for market research purposes. Quotations are due by Close of Business, May 11, 2026.
Scope of Work
This procurement is for TILE, RUBBER, which is a commercial/nondevelopmental/off-the-shelf item. The material must meet specific manufacturing and quality requirements, including resistance to shipboard environments (humidity, temperature, salt spray, UV exposure). Delivery is required to DLA Distribution centers in New Cumberland, PA, and Tracy, CA.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotations - RFQ)
- Item: TILE, RUBBER (NSN 1HM 5840-01-501-5599)
- Quantity: 1000 EA
- Delivery: Within 30 days, FOB Origin, to specified DLA Distribution locations.
- Quote Due: May 11, 2026 (Close of Business)
- Published: April 13, 2026
Key Requirements
- Manufacturing in accordance with Material Specification Type 3R and associated drawings.
- Assignment of sequential serial numbers.
- Production Lot Test Procedures (DI-NDTI-80603) and Special Test Equipment (7538395) required.
- Special Marking, Packaging, and Serialization per PCMS, PHS&T, and NAVSEA Drawing No. 7338390.
- Classified testing and Government Security Clearance required.
- Configuration Management (Maritime) required.
- Packaging and Marking per MIL-STD-129 and MIL-STD-2073.
- Item Unique Identification and Valuation (DFARS 252.211-7003).
- Hazardous Material requirements, Safety Data Sheets (SDS), and GHS compliant labels.
- Production Lot Test/Inspection Report (DD Form 1423).
- ISO 9001 certification is required.
- Inspection system must conform to MIL-I-45208A or equivalent, certified by a joint DCMA/NAVSUP WSS survey team.
Submission & Evaluation
- Submission: Electronic via email to JORDAN.D.BURT.CIV@US.NAVY.MIL.
- Quote Content: New procurement unit price, total price, procurement delivery lead time (PTAT), award to CAGE, inspection & acceptance CAGE, cost breakdown (if feasible), and a quote expiration date (minimum 90 days).
- Traceability: Non-manufacturers must provide OEM confirmation of authorized distributor status.
- Evaluation: Based on price and past performance, with past performance being more important than price.
- Accelerated delivery is encouraged.
Additional Notes
This is a Level 1 item to be acquired from approved sources only. The Government is using policies from FAR Part 12, Acquisition of Commercial Items. This notice of intent is not a request for competitive proposals, but responses received within 45 days will be considered solely for the purpose of determining whether to conduct a competitive procurement. Information on MIL-I-45208A can be obtained from NAVSUP WSS. Military and Federal Specifications and Standards are available from DODSSP/ASSIST-Online. The solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF).